ANNUAL RATE CONTRACT FOR PAINTING & MISC. CIVIL WORKS

Similar documents
TENDER DOCUMENT. Name of Work : Extensionn of chamber of General Manager in Basement Floor, Office Complex, Vikas Bhawan, Port Blair.

NOTICE INVITING TENDER ALLAHABAD UNIVERSITY ALLAHABAD

BID DOCUMENT SECTION I

GOVERNMENT OF RAJASTHAN ELECTION DEPARTMENT. No. F. 1(3)III/C/Elec./2009/ 6775 Jaipur, dated

NAME OF WORK: P/F false ceiling in stores(2 nd room) at NISCAIR(Pusa) New Delhi

र ष ट र य प र तर रव न स

TENDER FOR INTERIOR WORKS AT BANK OF INDIA, JAUNPUR (ALTERNATE PREMISES), Distt.JAUNPUR

INDIAN MARITIME UNIVERSITY (A Central University) Ministry of Shipping, Govt. of India EAST COAST ROAD, UTHANDI CHENNAI CAMPUS

NOTICE INVITING TENDER ALLAHABAD UNIVERSITY ALLAHABAD

Bank Note Paper Mill (BNPM) India Private Limited, Mysore. Invites sealed quotations for Painting work as per the specification at BNPM at Mysore.

Cost of tender document Rs. 500/- Punjab ICT Education Society, Punjab SCO , 2nd Floor, Sector 34-A, Chandigarh

Hkk-d`-vuq-i--jk"Vªh; erl; vkuqoaf'kd lalk/ku C;wjks

No:532/Z/17/11/ /10/2014 RE-TENDER NOTICE FOR REMOVAL OF NON BIO MEDICAL WASTE

TENDER NOTICE (NIT NO: CDFD/ENGG/HVAC/WORKS/ /05)

WEST BENGAL INDUSTRIAL DEVELOPMENT CORPORATION LIMITED PROTITI, 23, Abanindranath Tagore Sarani (Camac Street), Kolkata TENDER DOCUMENT FOR

Bank Note Paper Mill India Private Limited, Mysore. For any query, you may contact at Tel , Fax

INDIAN INSTITUTE OF TECHNOLOGY KHARAGPUR, WEST BENGAL TENDER DOCUMENT FOR

Hkkd`vuqi-jk"Vªh; mpp lqj{kk i kqjksx lalfkku

Webel WEST BENGAL ELECTRONICS INDUSTRY DEVELOPMENT CORPORATION LIMITED. TENDER DOCUMENT

Archaeological Survey of India, Delhi Circle, GPO Complex, Puratatava Bhawan, Block-D, I.N.A., New Delhi

MAHARASHTRA STATE ELECTRICITY DISTRIBUTION COMPANY LIMITED WARORA DIVISION,WARORA TENDER No. T - / TENDER FORM

TENDER DOCUMENT FOR RECEPTIONIST REGIONAL MUSEUM OF NATURAL HISTORY,BHOPAL

The last date for submission of the bids is at

SUPREME COURT OF INDIA ADMN. MATERIALS (P & S) Tilak Marg, New Delhi

BANK OF BARODA. Regional Office 129-D, Civil Lines Bareilly

THE MAHARASHTRA STATE CO-OP. BANK LTD., MUMBAI (Incorporating the Vidarbha Co-op. Bank Ltd.) Scheduled Bank

National Small Industries Corporation Ltd. Technical Service Centre, D-82/83 Focal Point, Rajpura (Pb.)

QUOTATION FOR DISPOSAL OF OLD & OBSELETE COMPUTER H/W SYETEM, PRINTERS ETC. Only through

Subject: Notice Inviting tender for supply of Memento for AUD Convocation.

vf[kyhkkjrh; vk;qfozkkulalfkkuk

TENDER FOR. ADDITION/ ALTERATION WORK OF SHED No. C-424, PEENYA INDUSTRIAL ESTATE, BANGALORE ISO 9001:2000

AGRICULTURAL PRODUCE MARKETING COMMITTEE (Market Of National Importance) New Office Complex, NFM- Ph.-II, Sarai Pipal Thalla, Azadpur, Delhi-33.

Bank Note Paper Mill (BNPM) India Private Limited, Mysore. The cost of tender document is Rs 1000/- which is non-refundable.

Bank Note Paper Mill India Private Limited, Mysore. For any query, you may contact at Tel , Fax

BHARAT HEAVY ELECTRICALS LIMITED,

WORK OF Miscellaneous Civil Work about Aji 01 Sub division Under Rajkot City Circle

स एसआईआर-क य इल नक अ भय क अन स ध न स थ न

Qty Specification EMD (RS) As per Appendix- A attached 3,000/- (Three thousand) only

GENERAL TERMS AND CONDITIONS OF TENDER

SBI INFRA MANAGEMENT SOLUTIONS PVT.LTD. Head Office-Ground Floor, Raheja Chambers, Free Press Journal Marg, Nariman Point, Mumbai-21

FOR PURCHASE OF ROUTER MACHINE WITH ALL ACCESSORIES NIFT, DELHI CAMPUS HAUZ KHAS, NEW DELHI

NOTICE INVITING e-tender

NIT NO.38/EE/E-2/(DUSIB)/ /D-399 Dated: NOTICE RE-INVITING E-TENDER

CEYLON PETROLEUM STORAGE TERMINALS LIMITED

Name of Work: False ceiling work in DOM & computer lab in Mechanical workshop at M.N.I.T Campus Jaipur NIT NO. -MNIT/NIT/E/17-18/27 TENDER DOCUMENT

CEYLON PETROLEUM STORAGE TERMINALS LIMITED

DELHI URBAN SHELTER IMPROVEMENT BOARD OFFICE OF THE EXECUTIVE ENGINEER(E-4) DRAFT NOTICE INVITING TENDER

PUDUCHERRY DISTILLERIES LIMITED (A Govt. of Puducherry Undertaking)

HOSTEL SECTION RE-TENDER PAPER. Hostel No. / 302 / TENDER. :08/01/2018 up to 5:00 p.m.

Bank Note Paper Mill India Private Limited, Mysore. Invites sealed quotations for Sale of Plastic Scrap & Empty Bobbins at BNPM, Mysore.

TENDER DOCUMENT. Sub: Tender for Supply, Installation & Commissioning of Fujitsu RAM for Server Hardware

VOLUME I GENERAL CONDITIONS OF CONTRACT (GCC)

BANGALORE MEDICAL COLLEGE AND RESEARCH INSTITUTE SUPER SPECIALITY HOSPITAL (PMSSY) VICTORIA HOSPITAL CAMPUS, BANGALORE

MAHARASHTRA RAJYA SAHAKARI DUDH MAHASANGH MARYADIT, MUMBAI MAHANAND DAIRY, GOREGAON (EAST), MUMBAI

LAKWA THERMAL POWER STATION

NORTH EASTERN ELECTRICITY SUPPLY COMPANY OF ORISSA LIMITED OFFICE OF THE CHIEF EXECUTIVE OFFICER

National Institute of Fisheries Post Harvest Technology & Training

SUPREME COURT OF INDIA ADMN. MATERIALS (P & S)

IDBI Tower, WTC Complex, Cuffe Parade, Mumbai TENDER NOTICE. Supply & installation of MS Slotted Angle Racks

Short Notice Inviting Tender e- NIT No./ 10 of RCC UPPER/RTIC Kathua Dated:

TENDER DOCUMENT FOR RUNNING OF PHOTOCOPIER STALL AT SCHOOL OF UNANI MEDICINE JAMIA HAMDARD HAMDARD, NAGAR NEW DELHI 11006

TENDER NO: BL/CFS/MUM/473 TECHNICAL / COMMERCIAL BID. Tender Document for. [Providing and fixing of 150 years logo board on wall]

KERALA STATE SCIENCE AND TECHNOLOGY MUSEUM Vikasbhavan P.O. Thiruvananthapuram

Request for Proposal (RFP) For. Caretaker Services at various ATMs of Bank of Baroda located in all over Uttarakhand under OPEX Model.

No. DMHS/VBCH/P&T/Erythropoietin/ /251/4202. Limited Tender Inquiry

TENDER FORM. Tender No. ITEM RATE TENDER AND CONTRACT FOR WORKS GENERAL RULES AND DIRECTIONS FOR THE GUIDANCE OF CONTRACTORS

THE MUNICIPAL CO-OP. BANK LTD. MUMBAI TENDER NOTICE. Tender Document for 2 years Support of Routers and Manageable Switch

NATIONAL INSTITUTE OF PLANT GENOME RESEARCH

TENDER DOCUMENT FOR SUPPLY OF TATA MAGIC VEHICLES TO INDIAN INSTITUTE OF TECHNOLOGY HYDERBAD. Ref. No: IITH/101/Tender/Admin Date: Aug 23, 2018

TENDER DOCUMENT FOR ANNUAL SOFTWARE SUBSCRIPTION AND SUPPORT RENEWAL FOR IBM LOTUS DOMINO LICENSES

Biotech Park, Lucknow

Tender No.3558/H/2012/Roots Dated:

LOK SABHA SECRETARIAT General Procurement Branch

EMBASSY OF INDIA MOSCOW. Notice Inviting Tender

SUPREME COURT OF INDIA ADMN. MATERIALS (P & S) Tilak Marg, New Delhi

GUJARAT ENERGY TRANSMISSION CORPORATION LIMITED 400Kv Substation, Transmission Division Dhareshwar JETPUR

DAKSHIN GUJARAT VIJ CO LTD. CIN U40102GJ2003SGC SURAT CITY CIRCLE

iùku izca/k cksmz PORT MANAGEMENT BOARD vameku rfkk fudksckj }hilewg ANDAMAN & NICOBAR ISLANDS

Life Insurance Corporation of India Divisional Office, Jeevan Prakash Circuit house Road,Jodhpur PIN Ph

NIT cum Tender Document (ONE PART PUBLIC TENDER) for the following job:

CENTRAL BOARD OF SECONDARY EDUCATION SHIKSHA KENDRA, 2, COMMUNITY CENTRE, PREET VIHAR, DELHI TENDER NOTICE

TENDER DOCUMENT FOR. Annual Contract for English and Hindi Typing at NABARD Regional Office, Dehradun

TENDER NOTICE Tender No. 8/III/NIPGR/S&P/

Address: UTI Tower, Gn Block, Bandra Kurla Complex, Bandra (E), Mumbai

No. DMHS/P & T/Sim Cards/2015/253/4624. Limited Tender Inquiry

SUPREME COURT OF INDIA ADMN. MATERIAL BRANCH

OFFICE OF THE SUPERINTENDING ENGINEER ELECTRICITY TRANSMISSION CIRCLE U.P.POWER TRANSMISSION CORPORATION LIMITED DLW, BHIKHARIPUR VARANASI

INDEX. 1. Index 1. 2 Tender invitation notice Notice Inviting Tender Letter Submitting Tender 9

INDIAN INSTITUTE OF TECHNOLOGY INDORE

INDIAN INSTITUTE OF TECHNOLOGY INDORE

Tender. for. Supply and Installation of. Indian Institute of Technology Jodhpur

SUPREME COURT OF INDIA TILAK MARG, NEW DELHI ADMN. MATERIALS (P & S)

ELECTION COMMISSION OF INDIA Nirvachan Sadan, Ashoka Road, New Delhi Tele.No No.203/Pest Control/2014 Dated :

PAWAN HANS LIMITED SAFDARJUNG AIRPORT NEW DELHI

Notice for inviting Tender for hiring of vehicle

RSAC:P/TC:2019:06 Dated : Short Term Tender Notice

Re-Tender. for. Supply & Installation of the Water Chiller. Indian Institute of Technology Jodhpur

TENDER DOCUMENT FOR SMIU CANTEEN

BID DOCUMENT HIRING OF VEHICLES BY TATA INSTITUTE OF SOCIAL SCIENCES, MUMBAI

Indira Gandhi National Open University (Student Evaluation Division) MaidanGarhi, New Delhi Notice inviting Quotations

Transcription:

TENDER DOCUMENT FOR ANNUAL RATE CONTRACT FOR PAINTING & MISC. CIVIL WORKS CENTRAL INSTITUTE OF FISHERIES EDUCATION (DEEMED UNIVERSITY, ICAR) MUMBAI 400 061,,Phone: 022-26361446/7/8 Fax: 26361573/ 26348223 Website: www.cife.edu.in

2 CENTRAL INSTITUTE OF FISHERIES EDUCATION Off. Yari Road, Panch Marg, VERSOVA, ANDHERI (W) MUMBAI-400 061 TENDER DOCUMENT FOR ANNUAL RATE CONTRACT FOR PAINTING & MISC. CIVIL WORKS INDEX NO DISCRETION PAGE NO. A PART-I 1 SECTION-I GENERAL INSTRUCTIONS TO THE TENDERER 2 SECTION II CONDITION OF CONTRACT 3 SECTION-III TENDER SCHEDULE 3 5 12 B PART-II WORK SPECIFICATIONS & BILL OF QUANTITIES 14 TENDER ISSUED TO: Signature of the Contractor Senior Registrar

SECTION-1 GENERAL INSTRUCTIONS 1.1.0 GENERAL The work is to be executed for the benefit of Central Institute of Fisheries Education (Deemed University - ICAR), off. Yari Road, Andheri (W), Mumbai-400 061. 1.2.0 SITE VISIT The tenderer is advised in his own interest to visit/ examine the site of work before submission of his tender. He may obtain all relevant information that may be necessary for preparation of the bid. 1.3.0 TENDER DOCUMENT 1.3.1 The tenderer requiring further information or clarification on the tender document may contact the Engineerln-Charge (Works), Central Institute of Fisheries Education, up to the closing date, during office hours only. 1.3.2 The tenderer must fill and submit the tender copy without making any additions or alteration in the tender document. Incomplete tenders and those submitted not as per the instructions are liable to be rejected. 1.3.3 The cost of tender document is Rs.1000/- Tenderers may obtain tender document on payment of Rs.1000.00 at CIFE s cash counter. Tenderers may also download the tender documents from CIFE s website http://www.cife.edu.in. The tenderer who downloads the tender document from CIFE s website has to pay Rs.1000.00 in cash or in the form of Demand Draft drawn in favour of ICAR Unit-CIFE payable at Mumbai at the time of opening of tenders, failing which tender shall be rejected. 1.4.0 MANNER OF SUBMISSION OF TENDER 1.4.1 The tender shall be submitted in a wax sealed envelope with the name of work superscribed over it. The name and address of the tenderer shall be written on the bottom left hand corner of the envelope. The tender shall be addressed to "The Director, Central Institute of Fisheries Education, Off Yari Road, Panch Marg, Versova, Andheri (w), Mumbai - 400 061". 1.4.2 The sealed envelope shall contain the following a) Tenderer's covering letter (as per the enclosed Performa). b) Deposit receipt of Earnest Money. c) Up to date Income tax clearance certificate from Income Tax Office. d) Registration certificate (CPWD/PWD/MES/BSNL/ Any other Govt, department). e) Experience certificate. f) Office organization of company giving information regarding office set up, Telephone, Fax, E-mail, Computer, Etc. g) No page shall be removed from or added to the complete set of tender document issued for the work. 1.5.0 SIGNING OF DOCUMENT All pages of tender document including various annexure shall be signed and stamped at the lower right hand corner and wherever required by the tenderer. 1.6.0 EARNEST MONEY DEPOSIT (EMD) 1.6.1 The tenderer shall pay Earnest Money Deposit along with the tender, the sum as indicated in the section- III, in the form of Crossed Demand Draft payable to "ICAR Unit - CIFE" Mumbai. 1.6.2 The Earnest money of the tenderer shall be forfeited to CIFE without prejudice to any other rights or remedies. a) If the tenderer withdraws his tender during the period of tender validity specified in the tender document. b) If, after acceptance of his tender, the tenderer fails to take up the job. c) If, the tenderer fails to sign the contract in accordance with the terms and conditions of the contract. d) If, after acceptance of his tender, the tenderer fails to furnish the balance of Security Deposit. e) If, after acceptance of his tender, the tenderer fails to commence the work within seven days after receipt of work order to that effect. 1.6.3 The tenders received without the EMD in the prescribed form shall be rejected. 1.7.0 PERIOD OF VALIDITY OF TENDER The tender shall remain valid for 180 days after the date of opening prescribed by CIFE. 1.8.0 CARE IN SUNMISSION OF TENDER 1.8.1 Before submitting his tender, the tenderer shall be deemed to have satisfied himself by actual inspection of the site and locality regarding the site conditions, working hours, availability of material, stacking space for materials, Approach roads, available working area, working conditions of the Institute, Etc., that are likely to be encountered during the execution of works, and he shall be deemed to have taken all these factors into account while quoting his rates. The rate quoted by him shall be deemed to be all inclusive for completion of work to the satisfaction of the Engineer-ln-Charge (Works), CIFE, Mumbai.

4 1.8.2 The tender document shall not contain any interlination, erasures or overwriting except as necessary to correct the errors made by the tenderer in which case such correction shall be initialed by the tenderer along with his company's stamp. 1.8.3 The tender duly filled in all respects must be received by the Director, CIFE, Mumbai not later than stipulated time and date as mentioned in Section -III. 1.8.4 Any tender received later than the dead line prescribed for submission is liable to be rejected. 1.8.5 The sealed envelopes shall be superscribed with the name of the work. 1.9.0 OMMISSION AND DECREPANCIES Should a tenderer find discrepancies in, or omissions from the drawings or any of the tender documents or should be in doubt as to their meaning, he should at once notify the authority inviting the tenders. Who may send a written instruction to all the tenderers. It shall be understood that every endeavor has been made to avoid any error which can materially affect the basis of the tender and the successful tenderer shall take upon himself and provide for the risk of any error which may subsequently be discovered and shall make no subsequent claim on account. 1.10.0 OPENING OF THE TENDER At the advertised time and date, the tenders received shall be opened, in the presence of the intended tenderers, in the committee room of CIFE and where practicable the names of the tenderers and the rates quoted by them will be read out. If the advertised date is declared a holiday, the tenders will be opened on the next working day at the same time. 1.11.0 CANVASSING Any effort by the tenderer to influence the representatives of CIFE in making the decision in respect of tender evaluation or award of contract will result in rejection of the tender. 1.12.0 RIGHT OF CIFE TO DEAL WITH TENDERS The Director, CIFE, Mumbai, reserves the right to accept or reject any tender or all the tenders at any time prior to award of contract without assigning any reasons whatsoever and no correspondence shall be entertained in this regard. CIFE also retains its right of providing work preference to public sector undertakings as admissible under Governments present policy. 1.13.0 MISLEADING INFORMATION If the tenderer/tenderers deliberately gives/give any wrong information or suppresses/any material facts or makes/make false representations in this tender or creates/create circumstances for the acceptance of his/their tender, CIFE reserves the right to reject such tender at any stage or cancel the order even after acceptance of the tender at the risk and cost of the tenderer/ tenderers. 1.14.0 AWARD OF WORK CIFE will notify the successful tenderer in writing by a registered letter, or by cable or by Telex/Fax to be confirmed that his tender has been accepted. 1.15.0 SIGNING OF CONTRACT The successful tenderer has to sign the agreement on non-judicial stamp paper of value Rs:100/- within 5 days from the receipt of offer of contract. The tenderer has to arrange the stamp paper at his own cost. 1.16.0 SECURITY DEPOSIT 1.16.1 The successful tenderer has to pay 10% of the tendered amount as security deposit in the form of crossed Bank draft payable to "ICAR Unit - CIFE" Mumbai" before commencing the work. 1.16.2 Security deposit shall be refunded after 180 days from the date of successful completion of the job. 1.17.0 COMPLETION OF JOB 1.17.1 All the jobs as per the enclosed annexure shall be completed positively on or before the prescribed time and date as indicated in Section III. 1.17.2 If the successful tenderer fails to complete the job without any reason within the stipulated time period as prescribed by CIFE against each job, penalty shall be charged as per rules mentioned in the "Conditions of contract". 1.18.0 OTHER INFORMATION 1.18.1 Non-compliance with any of the conditions set forth here above is liable to result in the tender being rejected. 1.18.2 The tender documents are not transferable.

5 SECTION -II GENERAL CONDITIONS OF CONTRACT CLAUSE 1: EXECUTION OF CONTRACT DOCUMENT 1.1 The tenderer whose tender is accepted shall be required to appear at the office of the "Engineer-lncharge (Works)" in person to execute the contract documents within seven days from the date of receipt of work order. 1.2 Every contract shall be completed in respect of the documents it shall constitute. Not less than 3 copies of the contract documents shall be signed by the competent authority and one copy given to the contractor. The agreement will be drawn on stamped paper of value Rs.100/-. The contractor has to submit the stamp paper at his cost. 1.3 The tenderer shall quote his rates complying with the instructions contained in the tender documents and must tender for all items in the tender schedule by quoting his/her rate for the same. The items shown in the tender schedule are given as a guide and are approximate only and are subject to variation according to the needs of CIFE. The CIFE does not also guarantee work under each item of the schedule. No correspondence shall be entertained in this regard. 1.4 The tenderer shall keep the offer open for a minimum period of 180 days from the date of opening of tender or the period extended further by mutual consent from time to time. 1.5 Works are required to be completed strictly within the time and date stipulated in the tender document. 1.6 The tenderer shall not take the advantage of any misinterpretation of the conditions due to typing or any other error/errors and if any doubt, shall bring such error/errors to the notice of CIFE without delay. CLAUSE 2: COMMENCEMENT OF WORK The contractor shall commence the works on site within a period of 7 days from the date of issue of letter of work award. Thereafter the contractor shall proceed with the works with due expedition to complete the works within the stipulated time period. CLAUSE 3: TENDERED RATES 3.1 The tendered rates shall be inclusive of all taxes and cesses, and also inclusive of tax leviable in respect of work contract under provision of Govt, of Maharashtra Sales tax act. 3.2 The rates quoted by the contractor must be inclusive of sales tax. No extra payment on this account will be made to contractor. The quoted rates must be valid for 180 days from the date of opening of tender. 3.3 The contractor must visit the site and study the working conditions, site conditions, and the quantum of work involved before quoting the rates for lumsum items. No claim of the contractor shall be entertained in under estimation of Lumsum items. CLAUSE 4: EARNEST MONEY DEPOSIT 4.1 Earnest Money along with the tender should be in the shape of Crossed Demand Draft payable to ICAR UNIT- CIFE, Mumbai, the tenderer who do not deposit the EMD in the form shall summarily rejected. The tenderer who deposit EMD less than the prescribed amount shall be rejected. 4.2 The Earnest money of the Unsuccessful tenderers will be refunded on deciding about acceptance or otherwise of the tender, or Expiry of the period of tender validity, whichever is earlier (minimum 10-15 days and maximum up to the completion of tender validity period). 4.3 The Earnest money of the tenderer shall be forfeited to CIFE without prejudice to any other rights or remedies. 4.4 If the tenderer withdraws his tender during the period of tender validity specified in the tender document. (a) (b) (c) (d) If, after acceptance of his tender, the tenderer fails to take up the job. If, the successful tenderer fails to sign the contract in accordance with the terms and conditions of the contract. If, after acceptance of his tender, the successful tenderer fails to furnish the balance of Security deposit. If, after acceptance of his tender, the successful tenderer fails to commence the work within seven days from the date of receipt of work order to that effect.

6 CLAUSE 5 : SECURITY DEPOSIT (SD) 5.1 The successful tenderer has to deposit an amount equal to 10% of the tendered value, in the form of crossed Demand Draft drawn in favour of "ICAR Unit - CIFE, Mumbai", towards security deposit, within Seven (7 )days after receiving the work order. 5.2 Commencement of work shall be permitted only after the receipt of Security Deposit. 5.3 The Earnest Money of the successful tenderer shall be treated as part of Security Deposit. 5.4 If the successful tenderer fails to deposit the Security Deposit within seven days from the date of receipt of work order, it will be presumed, that, the contractor is not interested in the contract and the offer of contract shall be cancelled and the EMD of the contractor will be forfeited. 5.5 If any time before the security deposit or any part thereof is refunded to the contractor, it shall appear to the Engineer-In-charge or his subordinate in charge of the work, that any work has been executed with unsound, imperfect or unskillful workmanship or with materials of inferior quality, or that any materials or articles provided by him for the execution of the work are unsound, or of quality inferior to that contracted for, or are otherwise not in accordance with the contract it shall be lawful for the Engineer-in-charge to intimate this fact in writing to the contractor and then notwithstanding the fact that the work, materials or articles complained of may have been inadvertently passed, certified and paid for, the contractor shall be bound forthwith to rectify, or remove and reconstruct the work so specified in whole or in part, as the case may required, or if so required, shall remove the materials or articles so specified and provided & other proper and suitable materials or articles at his own charge and cost, and in the event of his failing to do so within a period to be specified by the Engineer-in-charge in the written intimation aforesaid, the contractor shall be liable to pay compensation at the rate of one percent on the amount of the estimate for every day not exceeding ten days during which the failure so continues and in the case of any such failure the Engineer-in-charge may rectify or and remove, re-execute the work or remove and replace the materials or articles complained of as the case may be at the risk and expense in all respects of the contractor. Should the Engineer-in-charge consider that any such inferior work or materials as described above may be accepted or made use of it shall be within his discretion to accept the same at such reduced rates as he may fix therefore. 5.6 The Security Deposit shall be released after 180 days from the date of successful completion of the job. 5.7 If the contractor fails to rectify the defects after the receiving written instructions from CIFE, such works shall be done departmental, and the expenditure shall be deducted from the security deposit of the contractor. CLAUSE 6: LABOUR ACT 6.1 No contractor shall Employ any person who is under the age of 18 years. Engineer In charge is authorized to remove from work any person who is below 18 years. 6.2 The contractor shall pay fair and reasonable wages to the workmen employed by him. in the event any dispute arising between the contractor and his workmen on the ground that the wages paid are not fair and reasonable, the dispute shall be referred without any delay to the Director CIFE, Mumbai. The decision of the Director CIFE, shall be conclusive and binding on the contractor. 6.3 All facilities provided in the contract labour act should be provided (Regulation and Abolition Act 1971). 6.4 The contractor shall pay fair and reasonable wages as per the minimum wages act(govt. of India/ Govt, of Maharashtra, whichever is highest) prevailing in the locality. 6.5 The contractor shall duly comply all provisions of contract labour act(regulation and Abolition) 1979 and Maharashtra contract labour(regulation and Abolition) rules 1971, as amended from time to time and all other relevant status and statutory provision concerning payment of wages particular to the workmen employed on the site. CLAUSE 7: SAFETY OF THE WORKERS 7.1 The contractor shall be responsible for and shall pay any compensation to his workmen under the Workmen's compensation act 1923 (VIII of 1923) (hereafter call the said act) for injuries caused to the workmen. 7.2 The contractor shall be responsible for and shall pay the expenses or providing any medical aid to any workman who may suffer bodily injury as a result of an accident. 7.3 The contractor shall provide all necessary personal safety equipment and first aid apparatus available for the use of workers employed on the site and shall maintain the same in condition suitable for immediate use at any time and shall comply with following regulations in connection therewith (a) The workers shall be required to use the equipment so provided by the contractor and the contractor shall take adequate steps to ensure proper use of the equipment by those concerned. (b) When work is carried on in proximity to any place where there is risk or drawing all necessary equipment shall be provided and kept ready for use and all necessary steps shall be taken for prompt rescue of any person in danger (c) Adequate provisions shall be made for first aid treatment of all injuries likely to be sustained during the course of work

7 CLAUSE 8: MODE OF PAYMENT 8.1 The payment will be made only after successful completion of the entire job. The contractor should submit the first and final bill within 15 days after completion of the work and same will be paid within a month if it is in order. 8.2 Part payment or Running bill is not accepted. No correspondence shall be entertained in this regard. 8.3 On completion of the work the contractor shall be furnished with a certificate by the Engineer-lncharge (Works) of such satisfactory completion. But no such certificate shall be given nor shall the works be considered to be complete until the contractor shall have removed all the rubbish, surplus material, all scaffolding, etc. from the premises. The bill forwarded by the contractor shall be considered for payment only after obtaining the certificate as described above. 8.4 All payments for the work will be made through cheque drawn on State Bank of India, Versova, Mumbai. by registered post only. 8.5 Regarding all payments, cheque, etc. inquiry shall be made only to the Engineer-lncharge (Works), CIFE, Mumbai. CLAUSE 9: TECHNICAL SPECIFICATIONS 9.1 The contractor shall execute the whole and every part of the work in the most substantial and workmanlike manner, and both as regards material and every other respect in strict accordance with specifications as mentioned in the tender document against each job. 9.2 Every effort has been made to give detailed specifications for each and every item in the schedule; however, wherever specifications mentioned by CIFE are not sufficient, the works should be carried out as per CPWD technical specification and works manual with latest correction slip. 9.3 In general, all the works should be carried out conforming to ISI test standards and specifications. All the materials used in construction shall confirm to the requirement of latest IS specifications 9.4 The Engineer-In charge shall have power to make any alterations in or additions to the original specifications, drawings, designs, and instructions that may appear to him to be necessary or advisable during the progress of the work and the contractor shall be bound to carry out the work in accordance with any instructions in this connection which may be given to him in writing signed by the Engineer-lncharge and such alteration shall not invalidate the contract. Payment of such additional works which are not included in the quantities and rates of original tender schedule shall be made on the basis of CPWD Delhi schedule (1997) rates and procedures. Where, however, the work is to be executed according to the designs, drawing and Specifications recommended by the contractor and accepted by the competent authority of CIFE, the alterations above referred to shall be within the scope of such designs, drawings and specifications appended to the tender. 9.5 The successful tenderer should make own arrangement to obtain all materials required for the work like cement, sand, water, electricity, etc. 9.6 Samples of all vital materials like Granite, Plywood, Tiles, Locking systems, Glass, Bricks, Taps, etc, are to be approved by the Engineer-in-charge(Works), CIFE, Mumbai. The tenderer has to bear the cost of samples. 9.7 In all cement involved works 53 grade cement (Ambuja / Birla / L&T) to be used. CLAUSE 10: UNSATISFACTORY AND DEFECTIVE WORKS 10.1 Defective work is liable to be rejected at any stage. The contractor on no account can refuse to rectify the defects merely on reasons that the further work has been carried out. No extra payment shall be made for rectification. 10.2 If the progress of any particular portion of the work is unsatisfactory, the engineer In-charge shall notwithstanding that the general progress of the work, be entitled to take action after giving the contractor 10 days notice in writing. The contractor will have no claim for compensation, for any loss sustained by him owing to such action CLAUSE 11: INCOMETAX & WORK CONTRACT TAX DEDUCTION 11.1 TDS (Tax Deducted at Source) will be as per prevailing rules and regulations of Income Tax Department. 11.2 Work contract Tax (WCT) as per the Govt, norms/orders shall be deducted from the bill of contractor. CLAUSE 12: DEDUCTION FOR ELECTRICITY AND WATER CHARGES 12.1 The contractor has to make his own arrangements for water and electricity. Use of BMC water from any source in the campus is strictly prohibited. If any contractor is found using BMC water and electricity from any point in CIFE Campus, Water & Electricity charges as decided by the Engineer-in-charge shall be deducted from the bill of the contractor. The decision of the Engineer-in-charge is final and binding on the contractor. 12.2 If well water and electricity is required to be used from the CIFE campus, then the contractor has to ask for the same in writing, for which the charges as per the relevant CPWD rules and regulations shall be deducted from the bill of the contractor ( i.e. 1 % for water in all water-cement items, and 1 % for the items wherever Electricity is consumed/ utilized)

8 CLAUSE 13: DAMAGES TO GOVT.PROPERTY 13.1 Compensation for all damages done intentionally or unintentionally by contractor's labour whether in or beyond the limits of Govt, property including any damage caused by spreading of fire, shall be estimated by the Engineer in-charge subject to the decision of the Director, CIFE, on appeal shall be final and the contractor shall bound to pay the amount of the assessed compensation on demand, failing which, the same will be recovered from the bill of the contractor. 13.2 The contractor shall be responsible for making good the damages done to the existing property or work during construction by his men CLAUSE 14: SUPERVISION AND INSPECTION OF WORKS AND QUALITY CONTROL (a) (b) SUPERVISION The contractor shall either himself supervise the execution of the works or shall appoint the competent engineer approved by the Engineer-in-charge, to act on his behalf. If in the opinion of the Engineer-in-charge, the contractor has himself no sufficient knowledge and experience of receiving instructions or cannot give his full attention to the works, the contractor shall at his own expenses, employ as his accredited agent a qualified Engineer approved by the Engineer-in-charge. If the contractor fails to appoint a suitable agent, the engineer - Incharge will suspend the works until a suitable agent is appointed and the contractor shall be responsible for the delay so caused to the works and the contractor shall not be entitled for any compensation on this behalf INSPECTION The contractor shall inform the Engineer-in-charge in writing when any portion of the work is ready for inspection giving him sufficient notice to enable him to inspect the same without affecting the further progress of the work. The work shall not be considered to have been completed in accordance with the terms of contract until the Engineer-in-charge shall have certified in writing to that effect. Approval of materials of workmanship of approval of part of the work during the progress of execution shall not bind the Engineer-incharge or in any way affect him even to reject the work which is alleged to be completed and suspend the issue of his certificate of completion until such alternations and modifications or reconstruction's have been effected at the cost of the contractor as shall enable him to certify that the work has been completed to his satisfactions. The contractor shall provide at his cost necessary ladders and such arrangements as to provide necessary facilities and assistance for proper inspection of all parts of the work at his own cost. CLAUSE 15: MODE OF MEASURMENT (a) All measurements will be recorded in MKS / SI units, with an accuracy up to plus or minus one centimeter. CPWD method of measurement shall be adopted for taking measurements. (b) Measurement of each and every item will be recorded on the day of it's actual execution. The measurements shall be recorded in the presence of the contractor or his authorized agent. The measurements recorded by the site engineer shall be final and binding on the contractor in case they remain absent during the measurement. No correspondence shall be entertained in this regard. (c) Measurements area of granite, tiles, marble, Aluminum sections, etc shall be taken on clear cut exposed areas only. (d) In addition to above, the normal CPWD mode of measurement will be adopted wherever CIFE, terms and conditions on this account are not sufficient. (e) Where for proper measurements of the work, it is necessary to have an initial set of levels or other measurements taken, the same recorded as in the authorized field book, measurement book of Government by the Engineer-in-charge or his authorized representative will be signed by the contractor who will be entitled to have a true copy of the same made at his cost. Any failure in the part of the contractor to get such levels etc. recorded before starting the work will render him liable to accept the decision of the Engineer-in-charge as to the basis of taking measurements. Likewise the contractor will not cover any work which will render its subsequent measurement difficult or impossible without first getting the same jointly measured by him and authorized representative of the Engineer Incharge. The record of such measurements on the Government side will be signed by the Contractor and he will be entitled to have a true copy of the same at his cost. CLAUSE 16 : SAMPLES AND TESTING OF MATERIALS 16.1 All materials to be used on the work shall be got approved in advance from the Engineer-in-charge and shall pass the test or analysis required by him which will be; (a) As specified in the specification for the items. (b) I.S.I, specifications for the items. (c) Such recognized specifications acceptable to Engineer-in-charge as equivalent thereto or in absence of such authorized specification. Such requirement test and/or analysis as may be specified by the Engineer-in-charge in order of precedence given above. (d) The contractor shall at his risk and cost make all arrangements /or shall provide for all such facilities as the Engineer-in-charge may require for collecting, preparing required number of samples for tests or analysis at such time and to such places as may be directed by Engineer and bear all such charges. Such samples shall also be deposited with the Engineer-in-charge.

9 (e) (f) The contractor shall, if and when required, submit at his cost the samples of the materials to be tested or analyzed and if so directed, shall not make use of incorporate in the works any material to be represented by the samples until the required test or analysis have been made and the materials finally accepted by the Engineer-in-charge. The contractor shall not be eligible for any claim or compensation either arising out of any delay in the work or due to any corrective measure required to be taken on account of and as a result of testing of the materials. (g) In case of materials procured by the contractor, testing as required by the codes and specifications shall be arranged by him at his own cost. Testing shall be done in the presence of authorized representative of the Engineer-in-charge at the nearest approved laboratory. In addition testing other than as required by specification is ordered the testing charges, shall be done the Department, if she the last results are satisfactory and by the contractor if the same are not satisfactory CLAUSE 17: CLAIMS 17.1 No extra work shall be done without the written permission of Engineer Incharge. No claim of extra work shall be paid separately. 17.2 Claims for any extra work shall be registered within 30 days of occurrence of the event along with first and final bill. No separate bill shall ever be made for any additional or extra works done. CIFE shall not be responsible if the contractor executes any extra work without written order CLAUSE 18: HANDING OVER OF WORK: 18.1 All the works and materials before final taken over by Government, will be the entire liability of the contractor for guarding, maintaining and making good any damages of any magnitude, interim payments made for such work will not alter this position. The handling over the contractor and taking over by the Executive Engineer or his authorized representative will be always in writing of which copies will go to Executive Engineer or his authorized representative and the contractor, it is however understood that before taking over such work Govt, will not put into regular use of distinct from casual or incidental one, except as specifically mentioned elsewhere in this contract or as mutually agreed to. CLAUSE 19: OTHER CONDITIONS 19.1 No work shall be done on Sunday and other holidays without the prior permission in writing of the Engineerlncharge. 19.2 Any contractor who does not accept these conditions shall not be allowed to tender for works. 19.3 The contractor shall not sublet or assign his contract to others. 19.4 Except where otherwise specified in the contract the decision of the Director, CIFE, Mumbai, shall be final and binding on all parties of the contract upon all questions relating to the meaning of the specifications, designs, drawings, etc, or as to any other question, claim, right, matter, or thing whatsoever, in any way arising out of, or relating to the contract, design, drawing, specifications, etc, or otherwise concerning the works, or the execution, or failure to execute the same, whether arising, during the progress of the work, or after the completion, or abandonment thereof. 19.5 If the contractor stops the work in between due to his personal reasons, financial grounds, etc, for more than ten days after the commencement of works, the competent authority of CIFE shall issue a notice to the contractor to this effect. The contractor has to execute the works within seven days from the date of receipt of the notice, failing which the contract will be terminated, and incomplete works will be executed by some other party at the risk and cost of the contractor. The decision of the Director, CIFE, Mumbai, will be final in this regard without prejudice to any other rights or remedies whatsoever.

10 ANNEXURE -1 AN UNDERTAKING TO BE SIGNED BY THE CONTRACTORS TO THE DIRECTOR CENTRAL INSTITUTE OF FISHERIES EDUCATION OFF YARI ROAD, PANCH MARG, VERSOVA, ANDHERI (W), MUMBAI - 400 061 Dear Sir, 1. Having examined the tender document thoroughly including instructions to Tenderers, conditions of Contract, Technical specifications, mode of Payment, Schedule of Contract, Quantities, Drawings, other schedules and Annexure, etc, (everything mentioned in the tender document), for execution of above mentioned jobs, We the undersigned offer to execute and complete the above works, if we are awarded the job 2. We undertake, if our Tender is accepted, to commence the works within seven days of issue of acceptance letter to commence and to complete the whole works comprised in the contract within the stipulated time period as mentioned in the Tender document 3. If our tender is accepted, we will furnish the Security Deposit as per the terms and conditions mentioned in the Tender Document 4. Unless and until an agreement is prepared and executed, the Tender together with your written acceptance thereof, shall constitute a binding Contract between us, but without prejudice to your right to withdraw such acceptance. 5. We understand that you are not bound to accept the lowest or any tender you may receive. 6. We hereby agree and accept all the terms and conditions mentioned in the tender document. We also agree to abide by and fulfill all the terms and provisions of the conditions of the contract, and in default thereof to and pay to CIFE the sums of money mentioned in the said conditions. Seal: (Signature of the Tenderer) Date:

11 ANNEXURE -II DETAILS OF EARNEST MONEY DEPOSIT (EMD) 1. JOB: AMOUNT: Rs. DEMAND DRAFT / CASH RECEIPT NO: DATE OF DRAWN: NAME OF THE BANK: ANY OTHER DETAILS: DATE: (SIGNATURE OF THE TENDERER) SEAL:

12 CENTRAL INSTITUTE OF FISHERIES EDUCATION Off. Yari Road, Punch Marg, VERSOVA, ANDHERI (W) MUMBAI-400 061 SECTION-III TENDER SCHEDULE IMPORTANT DATES AND INFORMATION S.No. Details of Schedule Date, Time, Information 1 Issue of tender document From 13 to 31 January 2014 during office hours (1100 to 1600 hours) 2 Acceptance of sealed tenders Up to 1500 hrs. on 1 February 2014 3 Opening of tenders At 1530 hrs. on 1 February 2014 in the committee room of CIFE (New Campus) 4 Validity of tender 180 days from the date of opening of tender 5 Earnest money deposit Rs. 23,000 /- in the format DD drawn in favour of ICAR UNIT-CIFE, Mumbai

13 CENTRAL INSTITUTE OF FISHERIES EDUCATION Off. Yari Road, Panch Marg, VERSOVA, ANDHERI (W) MUMBAI-400 061 IMPORTANT DATES AND INSTRUCTIONS (1) The scope of present work is Annual Rate Contract for Painting & Misc. Civil Works, in the CIFE, New Campus, Off. Yari Road, Panch Marg, VERSOVA, ANDHERI (W), MUMBAI-400 061 (2) The work will be awarded on the basis of lowest quoted amount. (3) Tender Document shall be sold to the tenderers up to 1700 hours on 31 January 2014, against the non-refundable prescribed fee of Rs.1000/- (Rupees One Thousand only) in the form of Cash payable at "cash counter of CIFE, Mumbai", or in the form of crossed Demand draft drawn in favour of the " ICAR Unit- CIFE Mumbai" (4) The wax sealed envelopes shall be superscribed: (a) Title as Annual Rate Contract for Painting & Misc. Civil Works in the new campus of CIFE, Mumbai. (b) Do not open before 1530 hrs. of 01.02.2014. (c) The tender shall be addressed to "The Director, CIFE (Deemed University), off Yari Road, Panch Marg, Versova, Andheri (W), Mumbai - 400 061". (5) The tender shall be submitted before 1500 Hours on 01.02.2014 and the same shall be opened on the same day at 1530 Hours, in the committee room of CIFE in the presence of intended tenderers. (6) The tenderer shall pay along with the tender the sum of Rs.23,000/- (Rupees Twenty Three Thousand Only), towards Earnest Money deposit in the form of crossed Demand draft drawn in favour of" ICAR Unit - CIFE, Mumbai". The EMD in any other form will not be accepted. (7) The tender duly filled in all respects must be received by "The Director, CIFE, Mumbai, not later than 1500 Hours on 01.02.2014. TDS AND WCT Tax deducted at source will be as per prevailing rules of Govt., of India Work Contract Tax, VAT, etc. as per the prevailing rules will be deducted from the bill of contractor OTHER DEDUCTIONS 1% Water charges and 1% Electricity charges shall be deducted from the bill of the contractor

14 CENTRAL INSTITUTE OF FISHERIES EDUCATION (Deemed University, ICAR) Off. Yari Road, Punch Marg, VERSOVA, ANDHERI (W) MUMBAI-400 061 PART - II WORK SPECIFICATIONS, BILL OF QUANTITIES & FINANCIAL BID

Name of work- Annual Maintenance Contract of painting and other minor works S.N Details of works DSR Item No. 1 Dismantling cement concrete manually/mechanical means including disposal of material within 50 metres lead as per drection of engineer-in-charge 1:3:6 or richer mix 2 Removing dry or oil bound distemper, water proofing cement paint, plastic paaint etc. and the like by scrapping, sand papering and preparing the surface smooth including necessary repairs to scratches etc. complete. Qty Unit Rate Amount 15.1 5.00 CUM 14.46 4000.00 SQM 3 Dismanatling old/existing plaster or skirting raking out joints and cleaning the surface for plaster including disposal of rubbish to the dumping ground within a lead of 50 meters 4 Providing and laying in position cement concrete of specified grade 1:2:4 (1 Cement : 2 coarse river sand : 4 graded stone aggregate 20mm nominal size) excluding the cost of centring and shuttering All work upto plinth level. 5 Brick work with F.P.S bricks of class designation 75 in superstructure above plinth upto floor V level Cement mortar 1:4 (1 cement : 4 coarse river sand) 15.56 400.00 SQM 4.1.3 5.00 CUM 6.1.1 2.00 CUM 6 Providing and applying 20 mm internal cement plaster in two coats under layer 12mm thick cement plaster 1:4 (1cement:5 coarse sand) finished with a top layer 8mm thick cement plaster 1:4 (1 Cement : 4 fine sand), (Using 53 grade cement of ISI brand), finishing rough with sponge curing, etc, complete as per standard ISI procedure. 7 Providing and applying 6mm ceiling plaster with cement plaster of mix in the ratio of 1:3 (I Cement : 3 Fine river sand), (with 53 grade cement of ISI brand), finishing as required, curing, etc, complete as per standard procedure. 8 Providing and applying of 2mm thick plaster of Paris putty over plastered surface to prepare the surface even and smooth complete. 9 Distempering with first quality oil bound washable distemper (ready mixed) of approved manufacturer (Asian paints) colouring to walls,ceiling and beam bottom as per manufacturer's specification, in two or more coats, including scraping, providing and apply of priming coat with white cement primer, including scaffolding, etc. complete as per the standard procedure as directed by site In-charge 13.6.1 400.00 SQM 13.16.1 90.00 SQM 13.26 390.00 SQM 13.41.1 2000.00 SQM

10 Painting and applying synthetic enamel paint on MS grills,and wood work of approved brand and colour in two or more coats with one coat of primer with neat finish and standard procedure. Work also includes scraping the surface properly 11 Providing and applying french spirit polishing on wooden surface 12 Finishing walls with textured exterior paint (Asian Apex paint) of required shade : Old work (Two or more coats on existing cement paint surface applied @ 3.28 ltr/10 sqm. 13.61.1 1000.00 SQM 14.58 200.00 SQM 14.65.1 500.00 SQM 13 Wall painting with ready made plastic emulsion paint of approved brand and manufacture ( Royal apcolite, acrylic paint, Asian Paints or equivalent ) to give an even shade on both the new and old work in two or more coats, including scraping, providing and apply of priming coat with white cement primer, apply of lime putty (lambi) in required number of coats to give smooth finish, etc. complete as per the standard procedure as directed by site In-charge 14 Providing and applying melamine polishing on wooden surface by machine 15 Cleaning of debris from the site and dumping it into the near by muncipal dumping ground N.S. 2000.00 SQM N.S. 150.00 SQM N.S. 8.00 Each Total Rs. Taxes if any Grand Total, Rs. Amount in words ----------------------------------------------------------------------------------------------------------------------- ---------------------------------------------------------------------------- only) Date: Seal & Rubber Stamp Signature of bidders